70Z04024D56400B00
Indefinite Delivery Contract
Overview
Government Description
CUMMINS DIESEL ENGINES & ENGINE PARTS
Awardee
Awarding Agency
Funding Agency
Pricing
Fixed Price
Set Aside
None
Extent Competed
Not Competed
Multiple / Single Award
Single Award
Who Can Use
Single Agency
Individual Order Limit
$2,000,000
Vehicle Ceiling
$14,999,999 (69% Used)
Related Opportunity
Analysis Notes
Place of Performance Largest percentage of work under issued task orders completed at: Curtis Bay, Maryland 21226 United States.
Sole Source This IDC was awarded sole source to Cummins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 3% from $14,626,073 to $14,999,999.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Sole Source This IDC was awarded sole source to Cummins because the government believes that only one company can provide the product / service (FAR 6.302-1).
Amendment Since initial award the Vehicle Ceiling has increased 3% from $14,626,073 to $14,999,999.
Subcontracting Plan This IDC has a Commercial Subcontract Plan. The Department of Homeland Security has an overall 2023 small business subcontracting goal of 43%
Cummins was awarded
Indefinite Delivery Contract 70Z04024D56400B00 (70Z040-24-D-56400B00)
by
Coast Guard
for Cummins Diesel Engines & Engine Parts
in December 2023.
The IDC
has a duration of 5 years and
was awarded
through solicitation Cummins Diesel Engines & Engine Parts
full & open
with
NAICS 333618 and
PSC 2815
via sole source acquisition procedures with 1 bid received.
To date, $10,369,509 has been obligated through this vehicle.
The total ceiling is $14,999,999, of which 69% has been used.
Status
(Open)
Modified 11/6/25
Period of Performance
12/26/23
Start Date
11/30/28
Ordering Period End Date
Task Order Obligations
$10.4M
Total Obligated
$10.4M
Current Award
$10.4M
Potential Award
Federal Award Analysis
Historical federal task order obligations under 70Z04024D56400B00
$-
Contracts
$-
Subcontracts
$-
Grants
$-
Subgrants
$-
Total
No Results
Calculating
Calculating
No Results
Calculating
Calculating
No Results
Calculating
Calculating
| Year | Contracts | Subcontracts | Grants | Subgrants |
|---|
No Results
Calculating
Calculating
No Results
Calculating
Calculating
Contract Awards
Prime task orders awarded under 70Z04024D56400B00
Subcontract Awards
Disclosed subcontracts for 70Z04024D56400B00
Opportunity Lifecycle
Procurement history for 70Z04024D56400B00
Transaction History
Modifications to 70Z04024D56400B00
People
Suggested agency contacts for 70Z04024D56400B00
Competition
Number of Bidders
1
Solicitation Procedures
Sole Source
Other Than Full and Open Competition
Only One Source - Other
Evaluated Preference
None
Commercial Item Acquisition
Supplies Or Services Pursuant To FAR 12.102(F)
Simplified Procedures for Commercial Items
No
Other Categorizations
Subcontracting Plan
Commercial Subcontract Plan
Cost Accounting Standards
Exempt
Business Size Determination
Large Business
Awardee UEI
CNZGG1YFX3A5
Awardee CAGE
7SLP5
Agency Detail
Awarding Office
70Z040 SFLC PROCUREMENT BRANCH 3(00040)
Funding Office
70Z00B SURFACE FORCES LOGISTICS CENTER
Created By
7008adkropkowski
Last Modified By
7008adkropkowski
Approved By
7008adkropkowski
Legislative
Legislative Mandates
None Applicable
Awardee District
PA-10
Senators
Robert Casey
John Fetterman
John Fetterman
Representative
Scott Perry
Last Modified: 11/6/25